SOURCES SOUGHT
J -- SOURCES SOUGHT FOR 2009 EMEREGENCY DRYDOCK REPAIRS USCGC OAK (WLB-211)
- Notice Date
- 1/26/2009
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102
- ZIP Code
- 23510-9102
- Solicitation Number
- EDD-WLB-211
- Archive Date
- 2/27/2009
- Point of Contact
- Tomeka Evans,, Phone: 757-628-4666, Louis J Romano,, Phone: (757)628-4651
- E-Mail Address
-
tomeka.evans@uscg.mil, louis.j.romano@uscg.mil
- Small Business Set-Aside
- N/A
- Description
- The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns or for Service-Disabled Veteran-owned Small Business concerns (SDVOSB) or for Small Businesses. The estimated value of this procurement is between $100,000.00 and $250,000.00. The small business size standard is less than 1,000 employees. The acquisition is for the emergency dry dock and repairs to the USCGC OAK (WLB-211), a 225 FOOT B CLASS SEAGOING BUOY TENDER. The homeport of the vessel is Charleston, South Carolina. The performance period is SEVEN (7) calendar days and is expected to begin on or about 09 FEBRUARY 2009 and end on or about 15 FEBRUARY 2009. The scope of the acquisition is for the overhauling, renewing and repairing of various items aboard the USCGC OAK (WLB-211). This work will include, but is not limited to: renew bow thruster split seal, perform bearing inspection, routine dry docking, provide temporary logistics, perform sea trials, composite labor rate and gfp report. All welding and brazing shall be accomplished by trained welders, who have been certified by the applicable regulatory code performance qualification procedures. At the present time, the acquisition is expected to be issued as a small business set aside. However, in accordance with FAR 19.1305 if your firm is HUBZone certified or a Service-Disabled Veteran-owned Small Business and intends to submit an offer on this acquisition, please respond by e-mail to Tomeka.Evans@.uscg.mil or by fax at (757) 628-4676. Questions may be referred to Ms. Tomeka Evans at (757) 628-4666. In your response you must include: (a) a positive statement of your intention to submit a bid for this solicitation as a prime contractor; (b) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers; (c) past performance references with points of contact and telephone numbers. At least two references are requested, but more are desirable. Your response is required by January 28 2008 at 9:00 AM, EST. Contractors are reminded that should this acquisition become a Hubzone set aside, FAR 52.219-3, Notice of Total Hubzone Set-aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. Contractors are reminded that should this acquisition become a Service-Disabled Veteran-owned Small Business Set-Aside, FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, will apply, which requires that at least 50 percent of the cost of personnel for contract performance be spent for employees of the concern. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone, Service Disabled Veteran-owned Small Business set aside or Small Business set-aside. Failure to submit all information requested may result in an unrestricted acquisition. A decision on whether this will be pursued as a HUBZone or SDVOSB small business set-aside, or small business set-aside, will be posted in the FedBizOpps website at http://www.fedbizopps.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e91494f8aef6a75d080c286d337f7134&tab=core&_cview=1)
- Place of Performance
- Address: THE PLACE OF PERFORMANCE IS AT THE CONTRACTOR'S FACILITY., United States
- Record
- SN01738061-W 20090128/090126215312-e91494f8aef6a75d080c286d337f7134 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |